MODIFICATION
41 -- Refregeration Equipment Replacement
- Notice Date
- 5/24/2018
- Notice Type
- Modification/Amendment
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE ITL, GSL, EL, CHL, Vicksburg, 3909 Halls Ferry Road, VICKSBURG, Mississippi, 39180-6199, United States
- ZIP Code
- 39180-6199
- Solicitation Number
- W913E518R0005
- Archive Date
- 6/22/2018
- Point of Contact
- Adrienne Bingham, Phone: 6016342702
- E-Mail Address
-
adrienne.y.bingham@usace.army.mil
(adrienne.y.bingham@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a sources sought for market research purposes only. The Engineer Research and Development Center (ERDC) is conducting market research to determine the availability of contractors capable of furnishing all supplies, supervision, labor, materials, tools and equipment, safety, quality control, mobilization and demobilization to perform a repair by replacement of specified refrigeration equipment at the Frost Effects Research Facility (FERF) at the US Army Corps of Engineers Cold Regions Research and Engineering Laboratory (CRREL), Hanover, New Hampshire. The refrigeration equipment to be replaced currently is the medium temperature compressors, the low temperature compressors and their respective pumps. This is not an Invitation for Bid, a Request for Quotation or a Request for Proposal. There is no obligation on the part of the government to acquire any of the supplies described herein. Respondents will not be notified of the results of this announcement. No reimbursement will be made for any costs associated with providing information in response to this sources sought or any follow-up information requested. The North American Industry Classification System (NAICS) Code is 333415 (Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing) with a Small Business Size Standard of 1,250 employees. The Government is seeking responses to this sources sought synopsis from all interested businesses capable of providing this supply with installation. Small businesses in all socioeconomic categories (including Small, 8(a) Business Development Program, Historically Under Utilized Business Zone (HUBZone), Service Disabled Veteran Owned (SDVOSB), Woman Owned (WOSB)) are highly encouraged to identify capabilities to meet the requirement for the ERDC. 1. GENERAL A. The Contractor shall furnish all supplies, supervision, labor, materials, tools and equipment, safety, quality control, mobilization and demobilization to perform a repair by replacement of specified refrigeration equipment at the Frost Effects Research Facility (FERF) at the US Army Corps of Engineers Cold Regions Research and Engineering Laboratory (CRREL), Hanover, New Hampshire. The refrigeration equipment to be replaced currently is the medium temperature compressors, the low temperature compressors and their respective pumps. B. Overview: The replacement refrigeration equipment shall be two glycol chiller package units. The first shall be a minimum 120 Refrigerant Ton unit. The second shall be a minimum 30 Refrigerant Ton unit. Both systems shall be installed outside the facility north of the existing FERF glycol tanks. New glycol circulating pumps shall be supplied for each unit to transfer glycol to the corresponding medium and low temperature glycol holding tanks. The project includes purchase and installation of the chiller units, all electrical connections for the units and pumps, control tie-ins to the glycol tanks, isolation valves, piping, insulation and other ancillary parts. Salient features required for the units shall be per this Description of Requirement (DOR). The glycol used in the system is Dow Norkool SLH. The Contractor shall replace the exterior valves in the piping for the low, medium, and high temp glycol tanks. There is an estimated 14 - 6" valves, a mix of butterfly and gate valves, rated for glycol use. The exterior piping and valve insulation at all three tanks shall also be replaced. Pricing shall include the emptying of the three glycol tanks, a temporary holding tank(s), and refilling of the three tanks. Contractor shall inform the Government of the size and bearing capacity of the concrete pad, which will be installed by others. The Contractor shall provide this information at the Post award conference. C. Optional Line Item: Optional work may, at the option of the Government, be exercised. (1) Optional Line Item 1 - Demolition of Old Equipment: The Contractor shall disconnect and remove the old refrigeration chiller units, pumps, valves, and abandoned wiring and conduit. The Contractor shall transport all solid waste off of the project site and dispose of it in compliance with Federal, State and local requirements for solid waste disposal. The Government shall Field Mark the limits of the demolition activity. D. Existing Conditions: The work shall comply with the requirements of all Federal, State and local codes. E. Point of Contact (POC) Requirement: Contractor shall identify a single point of contact with decision-making authority. His/her duties shall include, but are not limited to, ensuring contractor compliance with security, safety, scheduling, and non-smoking requirements. See Sections: 7 Safety, 8 Scheduling, 9 Security, and 10 Smoking Policy. The POC is required to be present at an initial post award conference after award of this contract. See Section 6 Post Award Conference. F. Qualifications: Before any work takes place on site, the Contractor shall provide a copy of each employee's licenses and certifications to the Contracting Officers Representative (COR) that pertains to the specific job to be performed in the execution of this contract. Licenses and Certifications are outlined in Section 5. 2. SUPPLIES A. Refrigeration System Equipment: The Contractor shall provide the glycol chiller units, glycol circulating pumps, valves, controls, piping, hangers, supports, insulation, and other miscellaneous parts such that they work together to support the required system conditions. All equipment shall be rated for use with Dow Norkool glycol. All equipment shall be rated for outdoor service. The Contractor shall submit their proposed products to the Government in their technical proposal. (1) Glycol Chiller Units - Both units shall be air cooled and be equipped to run in low outside temperature environments, -30 ℉ OAT, and high outside temperature environments, 100 ℉ OAT with 85% humidity. Units shall be equipped with a micro-processor control panel with electronic user interface. Variable Frequency Drives shall be installed on the units for efficiency. The Contractor shall submit the product data and manufacturers specifications of their proposed medium and low temp chiller units that meet or exceed these specifications. i. Medium Temp Unit: This unit shall be a 120 Refrigeration Ton chiller unit. Evaporator temperature estimated to be approximately 0 ℉. ii. Low Temp Unit: This unit shall be a 30 Refrigeration Ton chiller unit. Evaporator temperature estimated to be approximately -47 ℉. (2) Glycol Circulating Pumps - There shall be two pumps per chiller unit, piped in parallel, one to be used as a back-up. The Contractor shall submit the product data and manufacturers specifications of their proposed medium and low temp pumps that meet or exceed these specifications. i. Medium Temp Pumps (MTP): The current pumps are 240 gpm with 74 feet of head. The new pumps shall be sized appropriately for the new system. ii. Low Temp Pumps (LTP): The current pumps are 141 gpm, with 55 feet of head. The new pumps shall be sized appropriately for the new system. (3) Valves - All new valves shall be rated for Norkool glycol service. The Contractor shall submit their proposed valves that shall be sized and rated for their use and location. Submittal shall include specific valve locations. (4) Product Data: (3) Copies of written product data, manufacturers specifications, and operating procedures shall be provided after the installation. Electronic copies, if available, shall also be provided to the COR. (5) Safety Data Sheets (SDS): SDS sheets for cleaners or lubrication or any other materials intended for use on this contract. (6) Operational Performance Requirements - The systems shall be able to cool their respective glycol tanks in less than 4 days, assuming a temperature differential of up to 95 ℉ (e.g. not warmer than 77 ℉) between OAT and target temperature inside of the glycol tank. 3. INSTALLATION A. Glycol Chiller Units: The Contractor shall furnish and install both a medium and a low temperature glycol chiller package unit to replace the existing units in the FERF. The units shall be stand-alone chillers that can work independent of each other. Dedicated disconnect switches shall be installed at each unit. B. Glycol Pumps and Motors: Each unit shall have two glycol circulating pumps that connect it directly to its corresponding glycol tank. They shall be piped in parallel, with one a back-up. There shall be isolation valves for each pump for maintenance. Dedicated disconnect switches shall be installed at each pump. A unit includes a pump and motor coupled on a base. C. Location - The new units shall be located north of the existing FERF glycol tanks. The Contractor shall identify the size requirement of the pad needed to support the new units and pumps. The size shall include all manufacturer required clearances for safe maintenance and operation. This shall be provided to the Government at the Post Award Conference. D. Electrical Feed: The new equipment shall be fed from the existing 480Volt Motor Control Centers, MCC-1 and MCC-2. The Contractor shall reuse the current buckets that feed the old chiller units and pumps. New breakers shall be purchased and installed with the required rating necessary to support the new equipment. Any penetrations thru the building shell shall be properly sealed and caulked. Breakers for existing equipment to be replaced are listed below. (1) Medium Temp Chiller (MTC) - MCC-1 480V, 600A, 3 phase, 60 Hz (2) Low Temp Chiller (LTC) - MCC-1 480V, 200A, 3 phase, 60 Hz (3) Medium Temp Pumps (MTP1A & 1B) - MCC-2 480V, 30A/30A, 3 phase, 60 Hz (4) Low Temp Pumps (LTP1 & 1A) - MCC-2 480V, 30A/20A, 3 phase, 60 Hz E. Controls: The refrigeration units shall maintain the required set temperature of their respective glycol tank. The Contractor shall furnish and install new temperature sensors at each tank outflow that will provide feedback to each unit. (1) Medium Temp Glycol Tank - This tank holds approximately 3000 gallons Norkool glycol. The Medium Temp Unit shall be capable of maintaining glycol in the tank at a temperature of 10 ℉. (2) Low Temp Glycol Tank - This tank holds approximately 3000 gallons Norkool glycol. The Low Temp Unit shall be capable of maintaining glycol in the tank at a temperature of -37 ℉. F. Piping and Valves: The Contractor shall furnish and install new piping that connects each chiller unit with suction and discharge piping to its corresponding glycol tank. There shall be dedicated isolation valves at the unit and at the tank on each pipe. The piping shall be sized for the system and pumps. Valves shall be compatible with Norkool glycol service and rated for outdoor use. An additional tee shall be installed in both pump discharge piping with shut-off valves and threaded caps. G. Draining of Tank: The Contractor shall drain the medium and low tanks of glycol, store it in a clean containment on-site, and refill the tanks when tie-ins have been completed. H. Pressure Testing: All new piping and connections shall be pressure tested prior to filling with glycol. I. Insulation: The Contractor shall insulate and seal all new piping and valves with exterior rated insulation. J. Testing: The Contractor shall perform equipment testing of the installed equipment to verify the operation of meets manufacturers specifications. A system test shall be performed as close to the conditions described in Section 2 A (7). Documentation shall show temperature of tank at 4 hour intervals. K. Training: The Contractor shall provide equipment training to CRREL personnel on the operation of the chiller units. Copies of manufacturer's recommended operating instructions and maintenance schedule shall be provided before training. The work described herein is anticipated to be Unclassified. Responses should identify whether Commercial Of- The-Shelf (COTS) solutions are potentially available. Interested companies responding to this sources sought should include the following information: • Company name, address, DUNS number, CAGE code, point of contact, telephone number and email address. • Information describing the company's capability to perform and past performance. Provide specific information on relevant work the same or similar in size and complexity. Include contract number, contract description, dollar value and a customer point of contact, telephone number and email address. Identify whether your firm was a prime vendor or subcontractor. • Provide the company's business size (small or other than small) and all applicable socio-economic category information (Small, 8(a), HUBZone, SDVOSB, WOSB) • Your responses shall be provided via email to the POC listed below and are due no later than 12:00 PM CST Thursday June 7, 2018. All email correspondence must include the Solicitation Number W913E518R0005. Questions and responses may be submitted to the POC below via email. Responses to this Sources Sought is limited to ten pages.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W913E518R0005/listing.html)
- Place of Performance
- Address: 72 Lyme Rd, Hanover, New Hampshire, 03755, United States
- Zip Code: 03755
- Zip Code: 03755
- Record
- SN04933549-W 20180526/180524230500-955f47deb398da27d0832e708dd86cdc (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |